45
Tender No.E-3/North/2017 Page 1 of 45 Registered Post-Ack.-Due” भारत सरकार / Govt. of India रेऱ मंाऱय / Ministry of Railways दिण मय रेऱवे / South Central Railway वजयवाडा मंडऱ / Vijayawada Division मंडऱ कायााऱय/Divisional Office, काया शाखा/Works Branch, वजयवाडा/Vijayawada, सं .No.बीB/डबयू W.496/I/4/T.No.E-3/North/17/T.North दनाँक/Dt 10-.04-.2017 To Sri Venkata Siva Reddy Yeredla, Railway Contractor, D.No. 41-1/8-36, III line, Gowthaminagar, Krishnalanka, Vijayawada-520 013 Sir, वषय/Sub:-Tender No.E-3/North/2017 for the work of “Vijayawada Division: BZA - VSKP section: section: RAJAHMUNDRY: Augmentation of MEMU rake maintenance facilities (phase-III) संदबा /Ref:- Your bid document for the above work uploaded in ireps web site and opened on 08-03-2017. *** 1. The competent authority has accepted your Tender for the above work for a total value of Rs. 5,31,03,683/- (Rupees Five Crores, Thirty one lakhs, three thousand six hundred and eighty three only) at the following rates. 1. Schedule-A at (+)16% (Plus Sixteen percent only) on USSR 2010 2. Schedule-B at (+)16% (Plus Sixteen percent only) on USSR 2010. 3. Schedule-C at (+)16% (Plus Sixteen percent only) on USSR 2010 4. Schedule-D at (+)2.5% (Plus Two point five percent only) on USSR 2010 5. Schedule-E at (+)16% (Plus Sixteen percent only) on basic rates of NS items. 2. The work should be completed within 11 (Eleven) months from the date of issue of letter of acceptance with a maintenance period of 06 (Six) months. 3. The sum of Rs. 3,93,630/- paid on line vide IREPS Ref.ID Bank Trans ID No PE184053 / 1087270 dt. 07-03-2017 towards EMD has been adjusted as part amount of the security deposit. The balance security deposit of Rs. 22,61,554/- shall be recovered at the rate of 10% of the bill amount till the full security deposit of Rs 26,55,184/- is recovered.. Contd. 2

South Central Railway zone - Tender No.E …...Tender No.E-3/North/2017 Page 2 of 45 - 2 - 4. In terms of Special conditions of contract, you shall furnish a Performance Guarantee

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Tender No.E-3/North/2017

Page 1 of 45

Registered Post-Ack.-Due”

भारत सरकार / Govt. of India

रेऱ मतं्राऱय / Ministry of Railways

दक्षिण मध्य रेऱवे / South Central Railway

ववजयवाडा मडंऱ / Vijayawada Division

मडंऱ कायााऱय/Divisional Office,

काया शाखा/Works Branch,

ववजयवाडा/Vijayawada,

स.ंNo.बीB/डबल्य ूW.496/I/4/T.No.E-3/North/17/T.North ददनाँक/Dt 10-.04-.2017

To

Sri Venkata Siva Reddy Yeredla,

Railway Contractor,

D.No. 41-1/8-36, III line, Gowthaminagar,

Krishnalanka, Vijayawada-520 013

Sir,

ववषय/Sub:-Tender No.E-3/North/2017 for the work of “Vijayawada Division: BZA -

VSKP section: section: RAJAHMUNDRY: Augmentation of MEMU rake

maintenance facilities (phase-III)

सदंबा/Ref:- Your bid document for the above work uploaded in ireps web site and

opened on 08-03-2017.

***

1. The competent authority has accepted your Tender for the above work for a total value of

Rs. 5,31,03,683/- (Rupees Five Crores, Thirty one lakhs, three thousand six hundred and eighty

three only) at the following rates.

1. Schedule-A at (+)16% (Plus Sixteen percent only) on USSR 2010

2. Schedule-B at (+)16% (Plus Sixteen percent only) on USSR 2010.

3. Schedule-C at (+)16% (Plus Sixteen percent only) on USSR 2010

4. Schedule-D at (+)2.5% (Plus Two point five percent only) on USSR 2010

5. Schedule-E at (+)16% (Plus Sixteen percent only) on basic rates of NS items.

2. The work should be completed within 11 (Eleven) months from the date of issue of letter of

acceptance with a maintenance period of 06 (Six) months.

3. The sum of Rs. 3,93,630/- paid on line vide IREPS Ref.ID Bank Trans ID No PE184053 / 1087270

dt. 07-03-2017 towards EMD has been adjusted as part amount of the security deposit. The

balance security deposit of Rs. 22,61,554/- shall be recovered at the rate of 10% of the bill amount

till the full security deposit of Rs 26,55,184/- is recovered..

Contd. 2

Tender No.E-3/North/2017

Page 2 of 45

- 2 -

4. In terms of Special conditions of contract, you shall furnish a Performance Guarantee amounting

to 5% of the contract value i.e Rs 26,55,184/- before signing of the agreement. The performance

guarantee should be initially valid up to the stipulated date of completion plus 60 days beyond

that. In terms of Special conditions of contract, you shall submit the Performance Guarantee (PG)

within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for

submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be

given by the Authority who is competent to sign the contract agreement. However, a penal interest

of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after

the date of issue of LOA. In case of failure to submit the requisite PG even after 60 days from the

date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any

payable against the contract. The failed contractor shall be debarred from participating in re-

tender for that work.

5. Until a formal agreement is executed, acceptance of the Tender shall constitute a binding contract

between you and the administration.

6. You have to abide by the Contract Labour (Regulations and Abolition Act 1970) and rules,

regulations and amendments thereto that may be followed from time to time are binding on you in

respect of this contract. You have to submit the application in the prescribed form (Form-V) in

triplicate for license under Contract labour (Regulation and Abolition) Act for 20 or more workers and

under BOCW Act for less than 20 Workers together with the demand draft towards security deposit

and license fee to the undersigned to forward the same to the concerned Licensing Officer for issue

of the license irrespective of the number of labour employed for the work. The work should not be

executed without a valid labour license.

7. Failure to start the work within ten days, the contractor is liable for penal action as per clause 62 of

the General conditions of contract.

Encl: 1) Tender schedule with special conditions, 2) Copy of Performance Guarantee.

आपका / Yours faithfully,

Sr. Divisional Engineer/North

द.म.रेऱवे/S.C.Railway,

ववजयवाडा/Vijayawada

For and on behalf of President of India Copy to: Sr.DFM/BZA for information.

Copy to: ADEN/ RJY, for information

Copy to: SSEs/Works/ RJY, , SSE(Drg)/Bldgs & OS/WA-North for information.

Copy to: Labour Enforcement Officer (Central), Prakash Nagar, Rajahmundry, East Godavari District,

for kind information.

(TC Sr.DEN/North/BZA , Sr.DFM/BZA, Sr.DME/BZA, AA: ADRM/BZA)

Tender No.E-3/North/2017

Page 3 of 45

South Central Railway Vijayawada Division

Tender No. E-3/North/2017

Name of Work : Vijayawada Division: BZA - VSKP section: section: RAJAHMUNDRY:

Augmentation of MEMU rake maintenance facilities (phase-III)

Similar nature of work :-

Any work of steel fabrication or fabrication and erection of FOB or PF shelter or Industrial shed or Steel/Composite girder bridge or Microwave/HT tower of Channel sleepers

Approx. Value : Rs 5,31,03,683/

Completion Period (11) Eleven months

Maintenance Period (06) Six months

SW Sanction Estimate No, & Date Allocation Amount (Rs)

01 B/W.577/I/164/Plg dt: 30-12-2016 20-4263-03 4,87,24,154

Name of the

Tenderer/Contractor:-

Sri Venkata Siva Reddy Yeredla,

D.No. 41-1/8-36, III line, Gowthaminagar, Krishnalanka, Vijayawada-520 013

Schedule-A The list of items of works that are covered in South Central Railway Unified SSR-2010

Sl.No USSR No Description of item Qty Rate Unit Amount 1 011010

011011 Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in (011011) All kinds of soils.

3597.14 100.28 cum 360721

2 011070 Extra for every additional lift of 1.5m or part thereof, after the initial 1.5m, for earth work in all soils.

77.89 9.70 cum 756

3 012010 Extra over item 011010 for excavation in foundations for buildings and bridges to cover dressing to neat dimension and plumbing sides etc. Note : Dressing under this item is payable for the total quantity of excavation in foundation and not partly.

3381.06 10.10 cum 34149

4 014101 In or under water and/or liquid mud, including pumping out water as required. Note - In or under water means locations/levels where there is continuous ingress of water.

1980.78 20.056 cum 39727

5 012070 012071

Open timbering in trenches for foundations and shafts, wells, cesspits, manholes, underground tanks & the like - including strutting and shoring complete : (012071Depth upto 1.5m.

580 69.99 Sqm 40594

6 012070 012072

Open timbering in trenches for foundations and shafts, wells, cesspits, manholes, underground tanks & the like - including strutting & shoring complete : (012072) Depth exceeding 1.5m but not exceeding 3m.

2256.8 71.90 Sqm 162264

Tender No.E-3/North/2017

Page 4 of 45

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

7 012050 Supplying and filling sand in plinth and under floors including watering, ramming, consolidating and dressing complete.

565.8 615.03 cum 347984

8 031010 031011

Providing& laying in position cement concrete of specified proportion excluding cost of cement, centering& shuttering - All works upto Plinth level (031011) 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm nominal size)

135.3 2085.21 cum 282129

9 031010 031012

Providing& laying in position cement concrete of specified proportion excluding cost of cement, centering& shuttering - All works upto Plinth level (031012) 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 40mm nominal size)

673.85 1865.68 cum 1257188

10 041010 041011

Providing and laying in position M 30 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge (041011) All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc.

693.55 2326.70 cum 1613683

11 041010 041012

Providing and laying in position M 30 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge (041012) All work in buildings above plinth level upto floor two level.

46.41 2530.27 cum 117430

12 032050 032052

Providing and laying cement concrete 1:2:4 in damp-proof course (1 cement : 2 sand : 4 graded stone aggregate 12.5mm nominal size - excluding the cost of cement and including providing, fixing and removal of forms (032052) 40mm thick

185 150.74 Sqm 27887

13 032060 Extra for providing and mixing water proofing material of brand approved by railway, if not included in relevant item.

24.05 104.54 Per 50 kg of cement

2514

14 042010 042011

Centering and shuttering including strutting, propping etc. and removal of form for (042011) Foundations, footings, bases of columns, raft foundation of washable aprons, Pile caps, Footings of FOB etc.

740.25 132.50 Sqm 98083

Tender No.E-3/North/2017

Page 5 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

15 042010 042012

Centering and shuttering including strutting, propping etc. and removal of form for (042012) Walls (any thickness) including attached plasters, buttresses, plinth and string courses etc.

48 227.70 Sqm 10930

16 042010 042013

Centering and shuttering including strutting, propping etc. and removal of form for (042013) Suspended floors, roofs, landings, balconies, FOB slabs, walkway slabs and access platform

185 230.70 Sqm 42680

17 042010 042014

Centering and shuttering including strutting, propping etc. and removal of form for (0402014) Lintels, beams, plinth beams, bed blocks, girders, bressumers and cantilevers

376.41 199.23 Sqm 74992

18 042010 042015

Centering and shuttering including strutting, propping etc. and removal of form for (042015) Columns, pillars, posts and struts

390.39 291.20 Sqm 113682

19 042020 042025

Centering and shuttering including strutting, propping etc. and removal of form for special shapes (042025) Edges of slabs and beams in floors and walls under 20cm wide

127 79.60 metre 10109

20 042020 042029

Centering and shuttering including strutting, propping etc. and removal of form for special shapes (042029) Weather shade, Chajjas, corbels etc. including edges

19.8 360.91 Sqm 7146

21 092060 092063

Providing and laying plain cement concrete flooring of specified thickness with mix design concrete over firm, well prepared and well compacted bed including provision of designed expansion joint & finishing manually or mechanical trowel ling & vacuum dewatering complete. Expansion joint to be paid for separately (092063) M-30

217.5 2824.89 cum 614414

22 171620 171621

Boring, providing and installing cast-in-situ single under reamed piles with bulb dia of 2.5 times the pile dia of any length in M 35 grade to carry a safe working load not less than specified including cost of boring with bentonite solution and pile to be embedded in pile cap etc all complete. Length of pile for payment shall be measured upto the bottom of pile cap. Payment for steel reinforcement & cement will be made separately (171621) 300mm dia piles.

342 1494.08 metre 510975

23 051010 051015

Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in (051015) Cement mortar 1:6 (1 cement : 6 fine sand)

279.59 2243.38 cum 627227

24 051010 051018

Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in (051018) Cement mortar 1:6 (1 cement : 6 coarse sand)

202.07 2277.09 cum 460132

Tender No.E-3/North/2017

Page 6 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

25 051040 Extra over item 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level :

380.83 166.76 cum 63507

26 051180 051181

Half brick masonry with bricks of class designation 7.5 in foundations and plinth in (051181) CM 1:3 (1 cement : 3 coarse sand)

72 272.84 Sqm 19644

27 051190 Extra for half Brick masonry in superstructure above plinth level upto floor two level

54 46.13 Sqm 2491

28 057100 057104

Add or deduct from rates of brickwork when the bricks specified or permitted to be used by Engineer or of Class designation other than 7.5 (057104) Deduct for Class designation 3.5

489.94 -655.33 cum -321072

29 111010 111011

12 mm CP of mix (111011) 1:4 (1cement: 4 fine sand)

2948.5 67.01 Sqm 197579

30 081250 081253

Providing and fixing ISI standard steel glazed doors, windows and ventilators of standard rolled steel sections (shutters & frame), joints mitered and welded with 15x3mm lugs, 10cm long, embedded in cement concrete blocks 15x10x10cm of 1:3:6 (1cement:3coarse sand: 6graded stone aggregate 20mm nominal size) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required, including providing and fixing glass panes with glazing clips and special metal sash putty of approved make, necessary fittings such as brass handles, brass peg stays, brass spring catch, bolts, hinges, locks etc as required, applying a priming coat of approved steel primer but excluding the cost of metal beading (081253) Windows-side hung

36 2702.34 Sqm 97284

31 081360 Providing and fixing M.S. round holding down bolts with nuts and washer plates complete.

4989.2 74.65 Kg 372444

32 109200 Providing and fixing permanently colour coated trapezoidal profiled sheet of depth 28-30mm at 195-205mm pitch distance with precisely engineered “Rib & Flute” design. Profiled sheets shall be min. 0.5mm TCT/0.45mm BMT high tensile zinc aluminium alloy coated zincalume / galvalume steel sheet (550 mpa yield strength) having a coating of mass of 150 gsm zinc - aluminium coating AZ-150 total on both sides as per, AS 1397:1993 finished with 20 microns approved colour coating of Silicon Modified Polyester (SMP) / Super Polyester paint coat on exposed surface over a primer coat of 5 microns and a back coat of 5 microns on reverse side over a 5 microns primer coat. There shall be 2 small ribs/square flutes between profiles for providing additional strength. The sheet to be fixed over the purlins with hexagonal head self drilling suitable fasteners with neoprene / EPDM washer on crests of the sheet

7937.8 543.10 Sqm 4311019

Tender No.E-3/North/2017

Page 7 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

33 101090 101091

Providing& fixing precoated galvanised steel sheet roofing accessories 0.50mm +/- 5% total coated thickness (TCT) thick Zinc coating 120 gsm as per IS:277 in 240mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns using self drilling / self tapping screws or with polymer coated J or L hooks, bolts & nuts and or G.I. seam bolts & nuts, G.I. plain & bitumen washers complete (101091) Ridges plain (500-600mm)

570 292.74 metre 166862

34 109150 Supplying, fabricating and erecting valley gutter having 1.00 meter width, made out of 0.91mm thick aluminum sheets, the joints shall be made by aluminum welding to make water tight including supplying manufacturing and fixing brackets made out of MS flats 50mm x 6mm at the spacing of 75 cm center to center. The rate will be including supply of all materials, labours, tools, plants, equipments, scaffolding and staging etc. Complete work shall be carried out as directed by engineer in charge.

300 865.10 metre 259530

35 108160 108162

Providing and fixing on wall face unplasticised - Rigid PVC single socketed rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion (108162) 110mm dia.

1088 226.14 metre 246040

36 108170 108172

Providing and fixing on wall face unplasticised - PVC moulded fittings / accessories for unplasticised - Rigid PVC rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion (108172) Coupler, 110mm.

76 134.18 Each 10198

37 108180 108182

Providing and fixing on wall face unplasticised - PVC moulded bend and shoe for unplasticised - Rigid PVC rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion (108182) Bend 87.5o, 110mm dia bend.

76 185.28 Each 14081

38 108180 108184

Providing and fixing on wall face unplasticised - PVC moulded bend and shoe for unplasticised - Rigid PVC rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion (108184) Shoe (Plain), 110mm dia shoe.

76 317.69 Each 24144

39 141010 141013

Providing, laying and jointing glazed stoneware pipes grade „A‟ as per IS:651 including bends etc. with stiff mixture of CM in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete (141013) 200mm diameter.

330 317.16 metre 104663

Tender No.E-3/North/2017

Page 8 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

40 101090 101093

Providing and fixing precoated galvanised steel sheet roofing accessories 0.50mm +/- 5% total coated thickness (TCT) thick Zinc coating 120 gsm as per IS:277 in 240mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns using self drilling / self tapping screws or with polymer coated J or L hooks, bolts and nuts and or G.I. seam bolts and nuts, G.I. plain and bitumen washers complete (101093) North light curves

260 337.45 metre 87737

41 103080 Supplying fitting/ fixing corrugated fibre glass reinforced perspex sheet 3 mm thick on existing wooden or iron frames / purlins with Contractor‟ s stitching bolts, hook bolts, crank bolts, coach screws, nuts, limpets, G.I and bitumen washers etc. complete.

672 366.66 Sqm 246396

42 083030 083032

Providing and fixing acrylic sheet for glazing in aluminium door, window, ventilator shutter, partition, reservation counter etc. with Aluminium round / square bars / flats or grill in frame of windows and cleastory windows etc. with PVC / neoprene gasket etc. complete (cost of aluminium frame/grill shall be paid separetly in relevant item) (083032) 5 mm thick

690 783.33 Sqm 540498

43 121010 121014

Applying Priming Coat (121014) With ready mixed red oxide zinc chromate primer of approved brand and manufacture on steel work (second coat).

8400 10.52 Sqm 88368

44 121090 121091

Painting with aluminium paint of approved brand and manufacture to give an even shade (121091) Two or more coats on new work.

8400 39.64 Sqm 332976

45 121150 Painting two coats (excluding priming coat) with chocolate, red, grey or buff ready mixed paint of approved quality, on steel or wood work.

129 40.30 Sqm 5191

46 186010 186012

Dismantling steel work in single sections including dismembering & stacking within 50m lead in (186012) Channels, angles, tees and flats / rounds or any other rolled shape.

14000 0.51 Kg 7140

47 184080 184081

Dismantling roofing including ridges, hips, valleys and gutters etc. and stacking the material within 50m lead of (184081) G.I. sheet.

1850 35.21 sqm 65139

48 131150 131156

Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work (131156) 50 mm dia. nominal bore.

100 335.65 metre 33565

Tender No.E-3/North/2017

Page 9 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

49 131150 131158

Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work (131158) 80 mm dia. nominal bore.

100 550.29 metre 55029

50 131150 131153

Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work (131153) 25 mm dia. nominal bore.

150 196.18 metre 29427

51 131190 131192

Providing and fixing PP-R Brass Ball Valve fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge (131192) 25mm Ball Valve.

6 569.90 Each 3419

52 132030 132036

Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) (132036) 80 mm nominal bore

4 1819.49 Each 7278

53 132030 132034

Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) (132034) 50 mm nominal bore

4 819.15 Each 3277

54 081070 Erecting rails in posts, platform wall copings etc. including necessary cutting and drilling

558 80.36 quintal 44841

55 081370 Providing and fixing bolts including nuts and washers complete.

3600 93.56 Kg 336816

56 143140 143144

Providing and fixing in position precast R.C.C. manhole cover and frame of required shape and approved quality. (As per IS 12592-1991) (143144) MD - 10 square shape 450mm internal dimensions.

15 987.48 Each 14812

57 231040 231043

Providing and laying water bound macadam with specified stone aggregate, stone screening and binding material including screening, sorting, spreading to template and consolidation with power road roller of 8 to 10 tonne capacity etc. complete (231043) Base course with 53mm to 22.4mm size including stone screening 11.2mm size.

513 1286.18 cum 659810

58 111020 111021

15 mm CP on the rough side of single or half brick wall of mix (111021) 1:4 (1cement: 4 fine sand)

551.25 77.02 Sqm 42457

59 092010 092011

CC flooring 1:2:4 (1cement: 2coarse sand: 4graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete (092011) 25mm thick with 12.5mm nominal size stone aggregate

507 98.53 Sqm 49955

60 092010 092012

CC flooring 1:2:4 (1cement: 2coarse sand: 4graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete (092012) 40mm thick with 20mm nominal size stone aggregate

462.5 136.90 Sqm 63316

Tender No.E-3/North/2017

Page 10 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

61 095020 095026

Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of CM 1:4 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete (095026) Of Group B-I-a of IS : 15622 (Vitrified tiles) of size above 400x400mm upto 600x600 mm

157.5 775.21 Sqm 61

62 095010 095012

Providing and fixing Ist quality ceramic tiles conforming to Group B-III (Ceramic Wall Tiles) of IS:15622 of manufacturers approved by railway in all colours, shades, and design as approved by the Engineer-in-Charge in skirting, risers of steps and dado over 12mm thick bed of CM 1:3 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete (095012) 200x300 mm

19.6 528.39 Sqm 62

63 095020 095021

Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of CM 1:4 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete (095021) Of Group B-II Clause 5.1 (for abrasion resistance) of IS:15622 (Ceramic Floor Tiles) of size 300x300mm

89.5 477.57 Sqm 63

64 071010 071011

Providing wood work in frames of doors, windows, clerestory windows and other frames and trusses, wrought, framed and fixed in position (071011) Second class teak wood.15mm thick.

150 69.49 cudm 64

65 072010 072011

Providing and fixing panelled/glazed or panelled and glazed shutters for doors, windows and clerestory windows including ISI marked black enamelled M.S. butt hinges with necessary screws excluding, panelling/glazing which will be paid for separately (072011) Second class teak wood, 35mm thick.

8 1794.78 Sqm 65

66 072020 072021

Providing and fixing panelling/glazing or panelling and glazing in panelled/ glazed or panelled and glazed shutters for doors, windows and clerestory windows (Area of opening for panel inserts excluding portion inside grooves or rebates to be measured). Panelling/glazing for panelled/ glazed or panelled and glazed shutters 25mm to 40mm thick (072021) Second class teak wood.15mm thick.

5.4 1427.28 Sqm 66

Tender No.E-3/North/2017

Page 11 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

67 072090 072092

Providing and fixing wire gauge shutter using galvanized M.S. wire gauge of average width of aperture 1.4mm with wire of dia 0.63mm for doors, windows and clerestory windows including ISI marked bright finished or black enamelled M.S. butt hinges with necessary screws (072092) 2nd class teak wood 30mm thick.

8 1892.17 Sqm 67

68 072140 072142

Providing and fixing to IS: 2202 Part-1 marked flush door shutter decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters (072142) 30mm thick including ISI marked stainless steel butt hinges with necessary screws.

12 1561.36 Sqm 68

69 073030 Providing and fixing 25mm thick cup board shutters, with prelaminated flat pressed 3 layer particle board conforming to IS 12823 -Grade I, having one side decorative lamination of approved shade and other side balancing lamination including second class teak wood lipping 25x12mm thick with necessary screws and nickel plated bright finished MS piano hinges complete.

84 2576.73 Sqm 69

70 075050 075051

Providing and fixing M.S. sliding door bolts generally conforming to IS: 281, bright satin finish or black stone enamelled with nuts and screws etc. complete of size (075051) 300x16 mm

14 137.06 Each 70

71 075060 075062

Providing and fixing M.S. tower bolts generally conforming to IS:204 (Part I) with necessary screws etc. complete of size (075062) 200x10 mm

14 33.74 Each 472

72 075070 075071

Providing and fixing M.S. door handles with necessary screws etc. complete (075071) 125mm

14 16.54 Each 232

73 075070 075073

Providing and fixing M.S. door handles with necessary screws etc. complete (075073)75mm

24 9.52 Each 228

74 075060 075063

Providing and fixing M.S. tower bolts generally conforming to IS:204 (Part I) with necessary screws etc. complete of size (075063) 150x10 mm

24 26.99 Each 648

75 078130 Providing and fixing factory made P.V.C. door frame of size 50x47mm with a wall thickness of 5mm, made out of extruded 5mm rigid PVC foam sheet mitered at corners and joined with 2 Nos. of 150mm long brackets of 15x15mm M.S. square tube, the vertical door profiles to be reinforced with 19x19mm M.S. square tube of 19 gauge, EPDM rubber gasket weather seal to be provided through out the frame. The door frame to be fixed to the wall using M.S. screws of 65/100mm size complete as per manufacturers

specification and direction of Engineer-in-Charge.

10 387.59 metre 3876

Tender No.E-3/North/2017

Page 12 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

76 078180 Providing and fixing to existing door frame 24mm thick factory made PVC door shutters made of styles and rails of a PVC hollow section of size 59mm x 24mm with a wall thickness 2mm±0.2mm. The styles and rails mitered cut and joined at corners by means of M.S. galvanized /plastic brackets of size 75mm x 220mm having wall thickness 1.0mm/solid and fix with stainless steel screws. The styles of shutter reinforced by inserting galvanized M.S. tube of size 19mm x 19mm with a wall thickness1mm±0.1mm. The lock rail made out of „H‟ section, PVC hollow section of size 100mm x 24mm with a wall thickness 2mm±0.2mm, fixed to shutter styles by means of plastic/galvanized M.S. ‟U‟ cleats. The shutter frame filled with a PVC multi-chambered panel of size 20 x 200mm with a wall thickness 1mm±0.1mm. The panels filled vertically and tie bar at two places by inserting horizontally 0.6mm galvanized M.S. rod and fastened with nuts and washers.

3.6 1487.77 Sqm 5356

77 043010 043014

Providing, hoisting and fixing in position upto floor two level M20 Grade precast RCC work including setting in cement mortar 1:3 (1 cement : 3 coarse sand) and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete including cost of centering, shuttering, finishing, Admixtures in recommended proportion (as per IS:9103) (043014) In Shelves, cantilevers, chajjas, sunshades etc.

13.3 3770.47 cum 50147

78 043010 043015

Providing, hoisting and fixing in position upto floor two level M20 Grade precast RCC work including setting in cement mortar 1:3 (1 cement : 3 coarse sand) and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete including cost of centering, shuttering, finishing, Admixtures in recommended proportion (as per IS:9103) (043015) In slabs for drain covers, manhole covers, flue tops etc.

3 2982.20 cum 8827

79 099160 099164

Providing and fixing 18mm thick mirror polished, machine cut for floors and similar locations of required size of approved shade, colour and texture laid over 20mm thick base CM 1:4 (1cement: 4coarse sand) with joints treated with white cement, mixed with matching pigment, epoxy touchups, including rubbing, curing etc. complete at all levels (099164) Granite Black. Area of slab over 0.5 Sqm but upto 1.0 Sqm

12 2315.10 Sqm 27781

Tender No.E-3/North/2017

Page 13 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

80 082010 082012

Providing and fixing anodised aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular and other sections of approved make conforming to IS:733 and IS:1285, anodised transparent or dyed to required shade according to IS:1868 (Minimum anodic coating of grade AC 15)fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC/neoprene felt etc. Aluminium sections shall be smooth, rust free, straight, mitered and jointed mechanically wherever required including cleat angle. Aluminium snap beading for glazing / panelling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing and panelling to be paid for separately) (082011) For fixed portion (082012) For openable / sliding portions and fixing hinges / pivots, PVC / neoprene gasket required and making provision for fixing of fittings. (Fittings shall be paid for separately).

280 353.19 Kg 98893

81 082010 082011

Providing and fixing anodised aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular and other sections of approved make conforming to IS:733 and IS:1285, anodised transparent or dyed to required shade according to IS:1868 (Minimum anodic coating of grade AC 15)fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC/neoprene felt etc. Aluminium sections shall be smooth, rust free, straight, mitered and jointed mechanically wherever required including cleat angle. Aluminium snap beading for glazing / panelling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing and panelling to be paid for separately) (082011) For fixed portion

150 345.16 Kg 51774

82 082030 082031

Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with PVC / neoprene gasket etc. complete as per the architectural drawings and the directions of engineer- in-charge. (Cost of aluminium snap beading shall be paid in basic item) (082031) With float / frosted glass panes of 4mm thickness (weight not less than 10.0 kg/sqm)

89.32 732.55 Sqm 65431

Tender No.E-3/North/2017

Page 14 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

83 082020 082022

Providing and fixing 12mm thick prelaminated three layer medium density (exterior grade) particle board Grade I, Type II conforming to IS: 12823 bonded with phenol formaldehyde synthetic resin, of approved brand and manufacture in panelling fixed in aluminium doors, windows shutters and partition frames with C.P. brass/ stainless steel screws etc. complete as per architectural drawings and directions of engineer-in- charge (082022) Prelaminated particle board with decorative lamination on both sides

32 1017.77 Sqm 32976

84 131150 131152

Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work (131152) 20 mm dia. nominal bore.

40 142.14 metre 5686

85 131150 131154

Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work (131154) 32 mm dia. nominal bore.

100 236.26 metre 23626

86 131150 131155

Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work (131155) 40 mm dia. nominal bore.

100 268.86 metre 26886

87 132010 132011

Providing and fixing brass bib cock of approved quality (132011) 15 mm nominal bore.

10 119.70 Each 1197

88 132220 Providing and fixing C.P. brass angle valve for basin mixer and geyser points of approved quality conforming to IS:8931.

12 409.08 Each 4909

89 132030 132031

Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) (132031) 25 mm nominal bore

8 339.74 Each 2718

90 132030 132033

Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) (132033) 40 mm nominal bore

8 527.98 Each 4224

91 132130 132132

Providing and fixing unplasticised PVC connection pipe with brass unions : 30 cm length (132132) 20 mm nominal bore.

12 44.28 Each 531

92 132170 132171

Providing and fixing C.P. brass shower rose with 15 or 20 mm inlet (132171) 100mm diameter

4 51.87 Each 207

93 132200 Providing and fixing C.P. brass long body bib cock, 15 mm nominal bore, of approved quality conforming to IS standards and weighing not less than 690 gms.

8 369.36 Each 2955

94 132210 Providing and fixing C.P. brass stop cock, 15 mm nominal bore, (concealed) of standard design and of approved make conforming to IS:8931.

4 367.70 Each 1471

95 136130 136132

Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (new work) (136132) 20mm nominal bore.

10 128.88 Each 1289

Tender No.E-3/North/2017

Page 15 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

96 141010 141012

Providing, laying and jointing glazed stoneware pipes grade „A‟ as per IS:651 including bends etc. with stiff mixture of CM in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete (141012) 150mm diameter.

80 205.15 metre 16412

97 143140 143141

Providing and fixing in position precast R.C.C. manhole cover and frame of required shape and approved quality. (As per IS 12592-1991) (143141) LD - 2.5 rectangular shape 600x450mm internal dimensions.

12 1064.00 Each 12768

98 151020 151021

Providing and fixing white vitreous china pedestal type water closet (European type W.C. Pan) with seat and lid, 10litre low level white, P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS: 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required (151021) W.C. Pan with ISI marked white solid plastic seat and lid.

3 2660.44 Each 7981

99 151280 151282

Providing and fixing white, vitreous china wash basin, including making all connections but excluding the cost of fittings (151282) Flat back wash basin of size 550x400mm.

8 739.67 Each 5917

100 152080 152082

Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete (152082) Flexible pipe 32mm dia.

12 51.11 Each 613

101 152120 152122

Providing and fixing mirror of 5.5 mm thickness of float Glass (of approved Quality) required shape and size with plastic moulded frame of approved make and shade with 6mm thick hard board backing (152122) Rectangular shape 453x357mm (outer dimension).

8 629.24 Each 5034

102 154010 Providing and fixing 110mm dia PVC soil, waste and vent pipes including jointing and cost of spun yarn and sand etc. complete.

100 263.03 metre 26303

103 121010 121011

Applying Priming Coat (121011) With ready mixed pink or grey primer of approved brand and manufacture on woodwork (hard and soft wood).

24 23.63 Sqm 567

104 115110 Finishing walls with water proofing cement paint of required shade two or more coats on new work applied @ 3.84 Kg/10 sqm.

1322.4 38.31 Sqm 50661

105 115040 115042

Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade (115042) New work (two or more coats of distemper) over and including priming coat with distemper primer.

1284.5 60.34 Sqm 77507

Tender No.E-3/North/2017

Page 16 of 45

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

106 081210 081212

Supplying and fixing rolling shutters of approved make as per IS 6248, made of required size M.S. laths interlocked together through their entire length and jointed together at the end by end locks mounted on specially designed pipe shaft with brackets, side guides and arrangements for inside and outside locking with push and pull operation complete including the cost of providing and fixing necessary 27.5cm long wire spring grade No.2 and M.S. top cover of required thickness for rolling shutters (081212) 80x1.20mm M.S. laths with 1.20mm thick top cover

45 1138.30 sqm 51224

107 013120 Earthwork in filling in embankment, guide bunds, around buried type abutments, bridge gaps, trolley refuges, rain bunds if provided, platforms etc. with earth excavated from outside railway boundary entirely arranged by the contractor at his own cost as per RDSO's latest guidelines and specifications and special condition of contract including all leads, royalty, lifts, ascents, descents, crossing of nallahs or any other obstructions. The rates shall include all dressing of bank to final profile, demarcation and setting out of profile, site clearance, removing of shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank, all handling/re-handling. taxes, octroi and royalty etc. as a complete job. Cut trees shall be property of railways and to be deposited in the railway godown unless specified otherwise in the Special conditions of contract.

400 164.84 cum 65936

108 021070 Loading / Unloading ballast, kankar, brickbats, stone- chips, shingle, stone boulders, block kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, morum, earth, manure or sludge, ashes, lime etc., including lead up to 50m and stacking into/from trucks, trailors or wagons.

1150 46.62 Cum 53613

109 021090 Leading ballast, kankar, brickbats, stone-chips, shingle, stone boulders, block kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, morum, earth, manure or sludge, ashes, lime, debris, muck, malba, etc. for lead upto 25 km. Note : Lead under this item is payable when the same exceeds 500m.

1150 59.54 Cum 68471

Tender No.E-3/North/2017

Page 17 of 45

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

110 109260 109261

Providing & fixing of coloured galvalume plain sheet flashings at ridges / apex junctions of roofing cladding, cover / corner / barge pieces etc. in required shape, colour duly fixed with stitching screws (with EPDM washers etc. as per site requirement) (109261) Upto 600 mm width (girth).

67.00 393.99 R metre

26397

(Items one hundred and ten only) Total of Schedule-A 16494922

Percentage Rate quoted in “Figures”

(+)16%

Percentage Rate quoted in “Words”

Plus Sixteen percent only

Schedule-B The list of items of works that are covered in South Central Railway Unified SSR-2010

Sl.No USSR No Description of item Qty Rate Unit Amount 1 033062 Supply and using cement at work site :-

OPC 53 grade 611.57 4600 Tonne 2813222

(Item one only) Total of Schedule-B 2813222

Percentage Rate quoted in “Figures”

(+)16%

Percentage Rate quoted in “Words”

Plus Sixteen percent only

Schedule-C The list of items of works that are covered in South Central Railway Unified SSR-2010

Sl.No USSR No Description of item Qty Rate Unit Amount 1 045013 Supplying reinforcement for R.C.C. work

including straightening, cutting, bending, placing in position and binding all complete Cold twisted bars

61342 50.76 kg 3113720

2 045010 045016

Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete (045016) Thermo-Mechanically Treated bars

17160 50.76 kg 871042

(Items Two only) Total of Schedule-C 3984762

Percentage Rate quoted in “Figures”

(+)16%

Percentage Rate quoted in “Words”

Plus Sixteen percent only

Tender No.E-3/North/2017

Page 18 of 45

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Schedule-D The list of items of works that are covered in South Central Railway Unified SSR-2010

Sl.No USSR No Description of item Qty Rate Unit Amount 1 081031 Structural steel work welded in built up

sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL In RSJ, tees, angles and channels

153120 80.00 kg 12249600

2 081032 Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position including applying a priming coat of approved steel primer, complete - upto 6m height above GL In flats, plates, round or square bars

56741 78.40 kg 4448494

3 081011 Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer complete - upto 6m height above GL in RSJ, tees, angles and channels

100038 61.19 kg 6121325

4 081040 081043

Extra for every subsequent 3m height or part thereof over 6m height above GL for erection and fixing of steel work (081043) Over item no 081032

202439 6.63 kg 1342171

5 081050 Erecting roof trusses, tank stagings, steel tanks etc. including rivetting for work upto 10m height above GL

2470 250.36 quintal 618389

6 081412 Steel work welded in built up sections/ framed work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required In gratings, frames, guard bar, ladders, railings, brackets, gates and similar works

75.6 79.06 kg 5977

7 081290 081291

Steel work in built up tubular trusses including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer, welded and bolted including special shaped washers etc. complete (081291) Hot finished welded type tubes

5814 89.48 kg 520237

(Items Seven only) Total of Schedule-D 25306193

Percentage Rate quoted in “Figures”

(+)2.5%

Percentage Rate quoted in “Words”

Plus Two point five percent only

Tender No.E-3/North/2017

Page 19 of 45

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Schedule-E List of items of works that are not covered by Indian Railways USSR (Works & Materials) 2010.

Sl.No USSR No Description of item Qty Rate Unit Amount 1

NS

Assembling & laying manually BG 1 in 8.5 points and crossings with fan shaped lay outs on PSC crossing sleepers and 52/60kg tongue rails, stock rails, lead rails, CMS crossings & curved switches etc. with rubber pads, liners and all fastenings to a neat gauge of 1676mm (from stock rail joint to heel of crossing) under line block with in stipulated time complete set with all P.Way fittings to BG standards by any of the methods as elucidated in para 317(a)(i) & (ii) of IRPWM 2004 and layng 60Kg PSC sleepers and 52/60Kg rails at the 6rail lengths portion including providing one kutcha packing followed by three additional through packings to specified cushion with stone ballast as per schedule including levelling, gauging, aligning and jointing the ends as per P.Way manual of practice profiling and boxing of the ballast etc. complete including cutting of rails to shorter lengths, drilling holes and chamfering wherever necessary, insertion of glued joints and any other miscellaneous work with in the points and crossing portion (SRJ to heel of crossing) and testing the track with light engine or dip lorry loaded with rails weighing 15MT, rectification of defects after rolling and crossing of tracks where ever necessary with all lead & lift etc. complete and as per specification and as directed by the Engineer-in-charge at site and including leveling the ground to required extant for assembling of points & crossings. (Rate covers the entire work)

1 19913.17 set 19913

Note:1)The rate for insertion of glued joints, cutting of rails & drilling of holes beyond the points & crossing portion shall be paid separately under relevant items.

2) If packing is not done to the satisfaction of the Engineer-in-charge Rs.1000/- per set for each packing for 1 in 12 and Rs.700/- per set for each packing for 1 in 8.5 will be deducted

2 NS Cutting 52/60 Kg. rails with hacksaw blade/rail cutting machine & fixing Rly. junction / joggled fish plates with contractor's labour, tools, plant, machine and consumables, all lead, lift, etc. complete & as directed by Engineer-in-charge. Note: Rails shall be cut true to vertical upto bottom of rail. No payment will be made if rails are half cut and bent

60 108.93 Each cut

6536

Tender No.E-3/North/2017

Page 20 of 45

Signature of the Tenderer Sr. Divisional Engineer/North

3 NS Cutting 52kg/60 Kg rail panels into 12/12.6m long rails by gas cutting etc. with contractor's labour, tools, plant, all lead, lift etc. complete and as directed by the Engineer-in-charge. (

30 61.77 Each cut

1853

4 NS Insertion/Laying of 52Kg/60Kg rails and fastenings on existing track sleepers joining with fish plates, bolts and nuts driving MS liners, GFN liners, GR pads and ERCs for PSC sleepers with all contractor's, labour, tools, plant, all lead, lifts, crossing of tracks etc. complete and as directed by the Engineer-in-charge.

100 35.85 TRM 3585

5 NS Insertion/Laying of 52 Kg/60kg 10RP/free rails with standard fastenings of steel channel sleepers,including pulling of new 10RP lying along side track on girder bridge into position, joining with fish plates, bolts and nuts with all contractors labour, tools, plant, all lead and lift complete and as directed by the Engineer-in-charge.

270 116.60 TRM 31482

6 NS Laying of PSC Sleepers in position including gauging ,aligning,kutcha packing and bringing the track to run train at a speed of 20 Kmph with beaters to ensure safety of tains at restricted speed and placing rubber pads, composite liners in position and fixing pandrol clips etc. complete and as directed by Engineer-in-charge.

150 94.86 Each 14229

7 NS Handling of PSC sleepers with hooks, clamps, crow bars including loading, unloading, trucking, etc. from place where they are unloaded and to the required location of work spot with in a lead from 66mts. to maximum of 500 mts. with all contractor's labour, tools, lift etc. complete and as directed by the Engineer - in - charge.

150 22.86 Each 3429

8 NS Laying buffer stop with all fittings in position with all contractor's labour, tools, plant, all lead, lift, crossing of tracks etc., complete and as directed by Engineer-in-charge.

1 3478.37 set 3478

9 NS Drilling fish bolt holes of 32 mm dia for 52 kg/60kg. rails true to vertical with contractor's drill bit/drilling machine, labour, tools, plant, all lead, lift etc., complete and as directed by the Engineer-in-charge (Holes to be drilled at exact locations).

200 54.17 Each hole

10834

10 NS Drilling RE Bond holes with drill bit on 52kg/60kg rails at predetermined specified locations with contractor's men and material, tools, plant, equipment including all lead, lifts, tackles etc. complete and as directed by the Engineer-in-charge.

25 23.83 Each hole

596

Tender No.E-3/North/2017

Page 21 of 45

S.C.Railway/Vijayawada

Signature of the Tenderer Sr. Divisional Engineer/North

11 NS Cutting web and flange of Railways check rails to suit the elastic rail clips and fixing railways check rail with hooks, check blocks, bolts and nuts with all contractors own oxygen, acetelyne gas, labour, tools and plant and complete and as directed by the Engineer-in-charge. Note:1) RM means only one side rail of track .

20 94.11 RRM 1882

12 NS Trucking of new/released rails, points and crossing rails, glued joints, trap switch rails,from various locations lying along side the track for lead upto 1 km with contractor's rail dollies/rail tongs or any other means with all contractor's labour, transport, tools, consumables, all lift, crossing of tracks and stacking the rails at nominated locations etc. complete and as directed by the Engineer-in-charge.

50 316.79 MT 15681

13 NS Packing the existing plain track/1 in 8.5/1 in 12/1 in 16 points and crossings track below the bottom of PSC sleepers and surrounding with Crow bars/beaters to have two rounds of packing to bring the track to normal speed including gauging, aligning, squaring of sleepers and sectioning of ballast to the required profile with Contractor's labour, tools etc., complete and as directed by the Engineer-in-charge.

a) Plain track:

i) First round of packing 100 30.52 TRM 3052

14 NS Packing the existing plain track/1 in 8.5/1 in 12/1 in 16 points and crossings track below the bottom of PSC sleepers and surrounding with Crow bars/beaters to have two rounds of packing to bring the track to normal speed including gauging, aligning, squaring of sleepers and sectioning of ballast to the required profile with Contractor's labour, tools etc., complete and as directed by the Engineer-in-charge.

a) Plain track

ii) Second round of packing 100 27.4 TRM 2740

15 NS Packing the existing plain track/1 in 8.5/1 in 12/1 in 16 points and crossings track below the bottom of PSC sleepers and surrounding with Crow bars/beaters to have two rounds of packing to bring the track to normal speed including gauging, aligning, squaring of sleepers and sectioning of ballast to the required profile with Contractor's labour, tools etc., complete and as directed by the Engineer-in-charge.

b).1 in 8.5 points and crossing track

i) First round of packing 1 3447.15 Each set

3447

Tender No.E-3/North/2017

Page 22 of 45

S.C.Railway/Vijayawada

CONDITIONS

1. The tenders are required to quote a uniform percentage rate above or below or at par of

USSR-2010 for all the items included in the Sch- A, B, C, D & E both in figures and in words.

If there is variation between the rates quoted in figures and words, the rate quoted in words

will be taken as correct. Tenderer should not quote different rates for different items of the

schedule. Offers with different rates are liable for rejection.

2. The quantities furnished in the schedule are approximate and the work will be carried out as

directed by the Engineer-in-charge. Payment will be made for the quantities actually

executed.

3. The rates quoted by the contractor will be inclusive of the cost of all the materials, labour,

tools & Plants etc., complete including transportation of the same at his own cost including

loading and unloading.

4. The Railway reserves the right to reject or alter any part of the work executed by the

contractor, which in the judgment of Railway does not comply with the requirements of the

specifications. The decision of the Railway shall be final and conclusive for all purposes.

5. All the works executed by the tenderer/contractor covered in USSR-2010 should comply with

Indian Railways Unified Specifications for Works & Materials-2010 (Vol-I & II).

6. All the works executed by the tenderer/contractor shall in accordance with Indian Railways

Works Manual-2000 and Code for the Engineering department-2012.

7. All the works executed by the tenderer/contractor shall be followed/complied in accordance

with Railway Board/RDSO/HQ guidelines/circulars/correction slips for works & materials

and Engineering standing orders issued by Principal Chief Engineer, S.C.Railway from time

to time.

8. Vehicles and equipment of contractors can be drafted by Railway Administration in case of

accidents/natural calamities involving human lives.

Signature of the Tenderer Sr. Divisional Engineer/North

16 NS Packing the existing plain track/1 in 8.5/1 in 12/1 in 16 points and crossings track below the bottom of PSC sleepers and surrounding with Crow bars/beaters to have two rounds of packing to bring the track to normal speed including gauging, aligning, squaring of sleepers and sectioning of ballast to the required profile with Contractor's labour, tools etc., complete and as directed by the Engineer-in-charge.

b).1 in 8.5 points and crossing track

ii) Second round of packing 1 2318.13 Each set

2318

(Items Seventeen only) Total of Schedule- E 125055

Percentage Rate quoted in “Figures”

(+)16%

Percentage Rate quoted in “Words”

Plus Sixteen percent only

Tender No.E-3/North/2017

Page 23 of 45

S.C.Railway/Vijayawada

9. If any other items of works covered by USSR 2010 of S.C. Railway are required to be

executed, the same are to be carried out with the same percentage as quoted by the contractor

( i.e.) above or below /at par of S.C. Railway, USSR 2010.

10. Conservancy cess charges will be recovered from the contractor‟s bills as per Rules in force.

11. The Railway administration will not be responsible for the safety of contractor‟s for this work.

12. The work shall be completed within 11 months from the date of issue of acceptance letter.

ANNEXURE-„A‟

SPECIFICATIONS OF CONTROLLED CONCRETE:

1. The agency shall indicate the source of supply of materials viz., course aggregate, fine aggregate, steel,

ordinary Portland cement and cement conforming to IS applicable at the time of submitting the tender

document to the Railways. All the materials shall conform to relevant standard specifications.

2. The TOR steel is purchased from TISCO, IISCO, SAIL, Vizag steel plant or any other source approved

by the Engineer-in-charge. The steel shall not be re-rolled variety. The agency shall produce necessary

vouchers in original in support of the purchase of steel and cement from the suppliers along with

certificates to relevant standards from the manufacturers before the commencement of work.

3.The agency shall submit samples of course/fine aggregate along with necessary cement, required for mix

design. The Engineer-in-charge at site shall forward the samples to a reputed concrete laboratory for

carrying out mix design duly specifying the various parameters as per IRS bridge code, provision and

correction slips and Engg. Standard order No: 11/2000 and RDSO‟s A&C slip no. 8, dt. 15/22-02-2006

The following parameters shall be specified for the mix design by the Engineer-in-charge.

a) Grade of concrete required as per IRS bridge code.

b) Type of cement sent for mix design.

c) Minimum and maximum cement content prescribed as per the environment condition prescribed in the

IRS concrete bridge code 1997. Corrections slip No: 8 dt. 15/22-02-2006. The environment condition

to be decided as per Engg. Standing order No: 11 dt: 23-10-2000/7-11-2000

d) Maximum water cement ratio to be adopted as per environmental condition. The agency shall arrange

for mix design at their own cost including movement of materials to laboratory. During the execution

of work if there is any change in the materials forming concrete, mix design shall be carried out again

and work to be carried out accordingly.

The following are extracts of IRS concrete bridge code 1997, Correction slip No: 8 dt. 15/22-02-2006

Amend the following clauses as follows.

i) Clause 5.1.1: Table 2 is revised as under.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 24 of 45

Table 2: Grades of Concrete (Clause 5.1)

Grade

designation

Specified characteristic

compressive strength at

28 days (N/mm2)

M10 10

M15 15

M20 20

M25 25

M30 30

M35 35

M40 40

M45 45

M50 50

M55 55

M60 60

ii) Clause No.5.2.2.1: Table is revised as under.

Grade of concrete

(N/mm2)

Modulus of Elasticity

(KN/mm2)

M10 18

M15 22

M20 25

M25 26

M30 28

M40 31

M50 34

M60 36

iii) Clause No. 5.3.1:

Following note to be added below table given for workability of concrete.

Suitable plasticizers/admixtures may be used to achieve workability of the order of 150-

200mm.Plasticizers/admixtures should confirm to clause 4.4.

iv) Clause No.5.4.1:

The word “low water cement ratio” appearing in fourth sentence should be replaced by “adequate water

cement ratio.”

v) Clause No.5.4.3:

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 25 of 45

The Table 4(a) is revised as under:

TABLE 4(a) : Maximum water cement ratio: (Clause No.5.4.3:)

Environment

Maximum water cement ratio.

Plain

cement(PCC) Reinforced concrete (RCC)

Prestressed concrete

(PSC)

Mild 0. 55 0. 50 0.45

0. 50 0. 50 0. 40

Severe 0. 50 0. 45 0. 40

0. 50 0. 45 0. 35

Extreme 0. 45 0. 40 0.35

vi) Clause 5.4.4 The Table 4(b) is revised as under:

TABLE 4(b): Minimum grade of concrete: (Clause 5.4.4)

Environment Plain concrete (PCC) Reinforced concrete

(RCC)

Prestressed concrete

(PSC)

Mild M- 10 M- 15 M- 35

Moderate M- 10 M- 20 M- 35

Severe M- 15 M- 20 M- 45

Very severe M- 15 M- 25 M- 50

Extreme M- 20 M- 30 M- 50

The concrete of grades M-10, M-15 & M-20 are normally used in mass concrete work and usually mixed by

volumetric batching also. The mix for this work would be

M-10 1:3:6

M-15 1:2:4

M-20 - 1:1.5:3 vii) Clause 5.4.5 Table 4 (c) is revised as under

TABLE : 4 ( c ) :Minimum cementitious material content: (Clause 5.4.5)

Environment

Minimum cementitious material content in Kg/cum

Plain concrete

(PCC)

Reinforced concrete

(RCC)

Prestressed concrete

(PSC)

Mild 210 300 350

Moderate 250 300 400

Severe 250 350 430

Very severe 300 400 440

Extreme 300 400 440

Max. Cementitious material content shall be limited to 500 kg/cum vide No. 5.4. 5.

Note: For under water concrete 10 % extra cement should be added over and above the normal cement

content of the concrete mix specified above.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 26 of 45

viii) Clause 5.4.7

This clause is deleted along with its sub-clauses

ix) Clause 7.1.3.4

Replace this clause by clause as under:

Sufficient spacers shall be provided as shall in the opinion of the Engineer be necessary to maintain

specified concrete cover to the reinforcement and preventing displacement before and during the placement

of the concrete. Spacers should be of such material and designs as will be durable, will not lead to the

corrosion of the reinforcement and will not cause spalling of the concrete cover. Spacer block made from

cement, sand and small aggregate should match the mix proportions of the concrete as far as is practicable

with a view to being comparable in strength, durability and appearance. The use of the pieces of wood, tile

or porous material will not be allowed for this purpose.

x) Clause 7.1.3.5

This clause is deleted

xi) Clause 7.1.5 is replaced as below

Protective coatings: in order to offer adequate resistance against corrosion, reinforcement bars may be

provided with suitable protective coatings depending upon the environment conditions. In aggressive

environments (Severe, Very severe and extreme) application of cement slurry coatings after removal of rust

and other loose materials from the surface of the reinforcement bar will generally be sufficient. However,

specialist literature may be referred to in extreme exposure condition.

xii) Clause 15.9.2.3:

This clause is deleted.

Clause No. 15.9.2.4 and 15.9.2.5 should be read as 15.9.2.3 and 15.9.2.4 respectively.

4. The following are the extracts of Engg. Standing order No: 11 issued by S.C.Railway dt. 23-10-2000/7-

11-2000.

i). Moderate: - All the bridges situated in area which are not exposed to severe rain or witch are

continuously under water of where concrete is in contact with non aggressive soil/ground water will fall

under this category. All sections of this Railway which are not listed under severe category below are

classified under moderate category.

ii) Severe:- Structures which are situated in area which are exposed to severe rain, alternate wetting

and drying or occasional freezing or severe condensation and also in locations where the concrete is

exposed to aggressive sub soil ground water or situated in coastal environment.

The following sections of this railway have been identified to be classified under severe category.

a) Londa - Vasco-da-gama ---- Hubli Division.

b) Gudur -Visakhapatnam.

c) Gudur-Machilipatnam. ---- Vijayawada Division.

d) Bhimavaram-Narsapur.

e) Samalkot- Kakinada

i) Industrial areas as decided by the concerned Divisional Engineers, where corrosive action is severe.

ii) Very severe and extreme:- Classification of particular bridge in these categories of environment will

depend on case basis as per the actual physical location and as decided by the Chief Bridge Engineer or

concerned Chief Engineer/ construction.

All the requirements specified in the correction slip No:1 for the above categories should be strictly

followed in accordance with the correction slip.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 27 of 45

5. The agency shall keep minimum two Nos. of concrete pin vibrators of 25/40mm size in good working

order during concrete operation. At no point of time, vibration of concrete should suffer for want of power

or for any other mechanical problem any such concreting without proper compaction will be rejected and

the agency shall redo the work at their own cost.

6. The contractor should prepare at his own cost standard cubes of concrete at suitable intervals, during

concreting operations under the supervision of the Engineer or his representative and submit the same to the

Railway for testing. The testing will be arranged by the Railway at the contractors own cost including

freight charges for transporting the test cubes to the testing laboratory.

7. Protective coatings: In order to offer adequate resistance against corrosion reinforcement bars shall be

provided with suitable protective coating for bridges depending upon the environment conditions. The

recommended

TABLE (d) : Protective coatings:

Aggressive Environment

(severe)

Severe, very severe and (Extreme) Non aggressive environment

(Mild and Moderate)

Important and Major bridges Minor bridges and structures All structures

Cement polymer composite

coating (or) Fusion bonded

Epoxy coating.

Cement polymer composite

coating (or) Indicated cement

slurry coating.

Truncatevinlubited cement

slurry coating.

Note: The binding wire should also be coated and no GI binding wire without coating will not be

permitted.

SPECIAL CONDITIONS FOR BUILDING WORKS.

1. For any other items not specially shown in the schedule of rates appended to the tender document, the Divisional Engineer will offer rates as shown for the relevant zone in the SC Rly‟s printed unified Standard Schedule of Rates, 2010 subject to the same percentage adjustment accepted in the contract being applicable to the additional items.

2. The quantities shown in the tender schedule are approximate and will be operated in full or part at the discretion of the Engineer in charge. Payment will be made based on the actual items operated.

3. All items included in the tender schedule should be carried out in accordance with the Standard Specifications.

i) For materials and works up to date corrections there to of S C Railway

ii) All materials to be supplied and used by the contractor in connection with this for should have prior specific approval of the Engineer in charge and should be in accordance with the specifications for materials and works of SC Railway

iii) Details of fittings and fastenings required for wooden doors, cup-boards and ventilators, etc., should be of approved quantity and should have prior approval of the Engineer in charge and should be in accordance with the Standard Specifications for Materials and works of SC Railway.

4. The tenderers are required to study all the drawings.

i) Referred to in the tender thoroughly before quoting the rates.

ii) The Railway reserves the right to change their drawings during the execution of works and the contractor should execute the work as per the revised drawings. No extra payment nor claim will entertained on that account. Payment will be made to the contractor for the work actually done at the accepted rates of agreement.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 28 of 45

5. Details of ducts, chassis, etc., that may be required to be provided for wiring, etc., will be indicated during progress of the work.

6. Tenderers/Contractors will arrange to provide them in walls, floors, RCC slabs, etc., wherever necessary as directed by the engineer in charge without any extra claim any pipes, conducts or hooks, required for electrical shall be placed by the tenderer/contractor at any position indicated without any extra claim. The pipe conducts hooks, etc., bends to the required slopes will be supplied by the Railway at the site of work.

7. The contractor is required to safe guard the steel issued to him and to use the same on the work in accordance with actual requirement as approved by the Engineer as may be indicated in the relevant drawings or specification. Short lengths of rods should also be utilized to the extent possible by over lapping the joints.

i) Materials supplied by the Railway on its own cost, left over on completion of the work will be the property of the Railway and should be returned to the depot / godown as directed by the Engineer-in-charge. In case, it is noticed that on completion or termination of work, the consumption of the materials had been found to be in excess of the quantities laid down and the contractor is unable to account fully, the materials issued either due to neglect in safe custody or to any other reasons, covered at twice the issue rates. The issue rate should be the rate of prevailing at the time of last issue of the materials concerned. While computing the quantities, the wastage will be allowed in accordance with the previsions stipulated there for in the conditions of the contract.

8. All works should be maintained after completion for a period of six months for Engineering works and the contractor should make good any defects, imperfection of faults, poor wood work etc., at his own cost, during the maintenance period and defects like cracks, wards should be made good by the contractor at his own cost inclusive of effected masonry work etc., while rectifying wood work.

9. Electrical energy that may be required for operating the plant, will be supplied by the Railway wherever feasible at the discretion of the Railway on payment of the charges as required by the Electrical department. The contractor will have to make his own arrangements for taking the connection from the nearest Railway electrical source of supply.

10 The cement supplied should conform to I.S. specification 8112 for 43 Grade or I.S. Specification 12269 for 53 Grade before executing the work, the agency should submit a test certificate for Standard Properties as well as indicating the source of supply and brand of the cement.

ANNEXURE „A‟

SPECIFICATIONS FOR ROOFING WITH COLOUR COATED GALVALUME SHEETS.

1. Providing and fixing profiled, colour coated galvalume sheet 975-1000 mm cover width 25 to 45mm

crest height at 195 – 255 mm centers, in lengths to suit site requirements.

2. Base material shall be cold rolled steel, 550 M Pa yield strength with metallic coating of alluminium zinc alloy ( Galvalunic 150 gms / sqm total of both sides AZ 150 as per ASTMA 792 or AS 1397) or equivalent.

3. The total coated thickness of the profile sheet shall 0.5 mm including polyster coating (SAIP – Silicon Modified Polyester coating.)

4. The payment shall be made for the laid area inclusive of flashing, capping large boards etc., and no extra payment shall be made for overlaps.

5. Coated sheets should be erected as soon as possible after their arrival at job site. If temporary storage is necessary, it shall be done at the cost of the Contractor and shall be stacked in such a way to prevent entry of moisture into the bundle.

6. In seal tape (Golvi strips) of 9mm wide and 2.5mm thickness shall be provided at side laps and end laps between metal roofing sheet and polycarbonate sheet used for strip lighting.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 29 of 45

7. The roof sheets may be supplied in one length to avoid end laps in roof sheeting based on the length of the sheet required to cover roofing on either side of the symmetrical ridge.

FIXING: 1. Roofing sheets shall be factory cut and supplied in required lengths to suit shop drawings.

2. Roofing sheet shall be crest fixed to purlins with hot dip galvanized self drilling fasteners with integral PRDM washers. (One fastener on each crest)

3. Also, fasteners to be provided on side laps with one crest width including lip with minimum sheet

overlap at end laps shall be 150mm.

4. Penetration and over lappings in sheets shall be sealed by using proper sealent.

5. Prefilled MDPE fillers shall be provided wherever required to close voids between over lapping of the sheets, to provide a weather tight exterior.

HL STRIP LIGHTING IN ROOFING/WALLING:

1. Embossed Polycarbonate sheet 2mm thick to match the profile of metal coated sheets shall be used.

2. Width of the profilled polycarbonate sheet shall be 0.8 to 1.2 m wide and a maximum length of 3 metres with overlap on either side in metal coated sheets equal to one crest width and lip on one side and one crest width other side with a minimum longitudinal lap of 150mm per sheet.

3. Fixing shall be done with bolts and nuts, neoprene washers/self lapping screws with suitable washers as required.

4. Works shall be executed in high roof shed which involves carrying of materials, fixing in position at the desired elevation as directed and approved by the Engineer-in-charge.

5. The work shall also include hiring of tools, plants for the work using scaffolding materials required for erection at Contractor‟s own cost.

6. Payment shall be made only for the lighting area in roofing and no extra payment shall be made for over laps.

SPECIAL CONDITIONS AND SPECIFICATIONS FOR STEEL WORK FOR COVER OVER PLATFORM

SHELTERS (IRS TYPE WITH CURVED / CRIMPLED FACIA BOARDS):

1. Materials mild steel should confirm to I.S. Specification I.S. 2062-2006. Necessary steel Test Certificate should be furnished before taking up the work along with purchase bills for the proof.

2. The steel used for the bridges/cover over platforms shall confirm to specification No. IS 2062-2006 Grade-„B‟ and it is to be ensured that the steel used for FOB/COP shall not be of re-rolled variety and should be from the stock yards of SAIL/TISCO/IISCO/VSP firms to the above Specifications for the Materials used for this work of S.C.Railway.

3. The painting with red lead should confirm to the red lead dry pigment to Specification IS type – „C‟ of 57-1965 with pure boiled linseed oil to IS Specification 77-1976 mixed in properties of 3.3 Kgs., red lead pigment to one litre of boiled linseed oil.

4. The painting with Alluminium should confirm to IS 3339-63. 5. All rivet steel to comply with IS Specification 1148/64. 6. Fabrication of steel work should comply with IRS Specification BI-79. 7. Welding should confirm to IS 823/64 if so, where ever required. 8. Any work shall be executed by the contractor on running track in a workman like manner to the

satisfaction of the Engineer-in-charge. In the event of an accident occurring wholly or partly due to any act of tantamounts to the negligence on the part of the contractor or his labour, the contractor shall render himself liable for the damages and also legal prosecution if loss of life is involved.

9. The Railway reserves the right to reject or alter any part of the work executed by the contractor which in the judgment of Rly. does not comply with the requirements of the specification. The decision of Railway shall be final and conclusive for all proposes.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 30 of 45

10. The Steel cribs/Wooden blocks required for the work will be supplied at the nearest stores of SSE/Br/P-Way/concerned. The Contractor has to transport them to and fro at his own cost.

SPECIAL CONDITIONS OF CONTRACT

1 The rates include all lead and if the materials obtained by rail all freight charges including

loading charges.

2 Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial

Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be used

or supplied by the contractor will be payable by the contractor. The Railway will neither pay the

taxes or duties nor be bound to compensate the contractor for any amounts paid by him by way

of these taxes or duties.

Sales Tax at 4% on the materials portion of the contract will be deducted from each on account

bill where identifiable. Where the labour and material portion is not clearly identifiable, the

labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall be

deducted pro-rata from each “on account bill” towards Sales tax.

Seigniorage charges recoverable from bills:-

Seigniorage charges for supply of earth, mooram, sand and other minerals as fixed by the State

Government and payable to them as revised from time to time during the currency of contract

will be recovered by Railway from the contractors “on account” and “final bills” and remitted to

the state government. The rates quoted by the Tenderer shall be inclusive of these charges.

Claims regarding revision of seigniorage charges and consequent enhancement of the accepted

rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the

bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes”

issued by State Govt. Officials in token of having paid seigniorage fee. In such cases, the

genuineness of such documentary evidence produced along with proof of payment of

seigniorage charges, shall be got verified by the Railway from the concerned Mining and

Geology Dept

3 WATER:- A charge of One percent will be made by the Railway for the supply by the

Railway of piped water from existing pipe lines and calculated on the amount of all items of

work (SSR/NS items) appearing in the bills payable to the contractor in respect of which work

such water has been issued to the Contractor and such charges should be deducted from sums

due or payable by the Railway to the Contractor from time to time.

4 In the event of water having to be brought by the Railway to the site of the work in traveling

tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any

demurrage that may be levied shall be payable by the Contractor and deducted from sums due or

payable by the Railways to the Contractor from time to time.

In addition to the charges of one percent referred to above, if additional pipe lines to those

already existing are called for by the contractor, the cost of the same and all charges incurred by

the Railway in their laying including supervision charges will be paid by the contractor or the

contractor provides and lay his own piping at the discretion of Divisional Engineer.

5 The Railway does not guarantee work under each items of the Master Schedule. For example if

a gate-lodge or gang huts are to be built between stations and the work order issued to the

sectional contractors additional payment on account of lead or freight charges for the materials

that may have to be brought by rail or by road, will not be admissible.

6 If there arises any discrepancy between the printed Unified Standard schedule of Rates 2010

as amended by addendum and corrigendum slips issued from time to time upto date and the

schedule attached to the Tender pertaining to this work, the former shall be treated as

authentative and binding in all purposes shall prevail.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 31 of 45

7 Rubble masonry shall be first sum of Railways Specification No 503 according to South Central

Railway Specification for materials and works. contractors attention is particularly invited to

dressing of stone as laid down in the Railway‟s specification.

8 The Special conditions supplemented to the conditions of Tender and contracts the General

conditions of contract and the notes appearing under the relevant chapter and sub chapters of the

Unified Standard schedule of Rates 2010 should be considered as part of the contract papers

where the provisions of these conditions are at variance with General Conditions of Contract

these special conditions shall prevail.

9 Performance Guarantee (P.G.):- a. The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty)

days from the date of issue of Letter of Acceptance (Excluding the date of issue of LOA;Ref-

CE/Works/SC letter No.W.148/P/GCC/Vol.II dt.30-05-2014). Extension of time for submission

of PG beyond 30(thirty) days and upto 60 days from the date of issue of LOA may be given by

the Authority who is competent to sign the contract agreement. However, a penal interest of

15% per annum shall be charged for the delay beyond 30 (thirty) days, ie., from 31st day after

the date of issue of LOA(Excluding the date of issue of LOA;Ref-CE/Works/SC letter

No.W.148/P/GCC/Vol.II dt.30-05-2014). In case the contractor fails to submit the requisite PG

even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting

EMD and other dues, if any payable against that contract. The failed contractor shall be debarred

from participating in re-tender for that work.

b. The successful bidder shall submit a Performance Guarantee (PG) in any of the following forms,

amounting to 5% of the contract value:-

(i) A deposit of Cash,

(ii) Irrevocable Bank Guarantee,

(iii) Government Securities including State Loan Bonds at 5 percent below the market

value,

(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These forms

of Performance Guarantee could be either of the State Bank of India or of any of

the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;

(vi) A Deposit in the Post Office Saving Bank;

(vii) A Deposit in the National Savings Certificates;

(viii) Twelve years National Defence Certificates;

(ix) Ten years Defence Deposits;

(x) National Defence Bonds; and

(xi) Unit Trust Certificates at 5 percent below market value or at the face value

whichever is less.

Also FDR in favour of Senior Divisional Finance Manager, S.C.Railway,

Vijayawada (free from any encumbrance) may be accepted.

1.0 The Performance Guarantee shall be submitted by the successful bidder after the Letter Of

Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G.

shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case,

the time for completion of work gets extended, the contractor shall get the validity of P.G.

extended to cover such extended time for completion of work plus 60 days.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 32 of 45

1.1 The value of PG to be submitted by the contractor will not change for variation upto

25%(either increase or decrease). In case during the course of execution, value of the contract

increases by more than 25% of the original contract value, an additional Performance

Guarantee amounting to 5%(five percent) for the excess value over the original contract value

should be deposited by the Contractor.

1.2 On the other hand, if the value of Contract decreases by more than 25% of the original contract

value, Performance Guarantee amounting to 5% (five percent) of the decrease in the contract

value shall be returned to the contractor. The PG amount in excess of required PG for

decreased contract value , available with Railways, shall be returned to contractor as per their

request duly safeguarding the interest of railways.(Ref: Railway Board Letter No.2016/CE-

I/CT/1/PG dt.27-06-2016 communicated vide PCE /SC Letter No.W.148/P/G.C.C./Vol.II

dt.11-07-2016)

The procedure to release “Excess PG available with Railways with respect to required PG for

decreased contract value” will be as under:

Contractor shall submit his

request to release current PG, along with submission of a revised PG of requisite amount as

notified/communicated by Railways, in any of the forms as per clause 16(4)except in cases

where earlier PG has been submitted either in Cash or Demand draft.

Railways shall duly verify

and confirm the genuinity of revised PG as per concurrent guidelines.

After Confirmation regarding

genuinity of revised PG of requisite value, earlier PG can be released.

In cases where current PG is

either in Cash or Demand draft, the „Excess PG available with Railways with respect to

required PG for decreased contract value‟ shall be released duly considering the request of

contractor.

1.3 The Performance Guarantee (PG) shall be released after physical completion of the work

based on the „Completion Certificate‟ issued by the competent authority stating that the

contractor has completed the work in all respects satisfactorily. The security deposit,

however, shall be released only after the expiry of the maintenance period and after passing

the final bill based on „No Claim Certificate‟ from the contractor.

1.4 Whenever the contract is rescinded, the security deposit shall be forfeited and the

Performance Guarantee shall be encashed. The balance work shall be got done independently

without risk and cost of the failed contractor. The failed contractor shall be debarred from

participating in the tender for executing the balance work. If the failed contractor is a JV or a

partnership firm, then every member/ partner of such a firm shall be debarred from

participating in the tender for the balance work either in his / her individual capacity or as a

partner of any other JV / partnership firm.

1.5 The Engineer shall not make a claim under the Performance Guarantee except for amounts to

which the President of India is entitled under the contract (not withstanding and / or without

prejudice to any other provisions in the contract agreement) and this shall be in the event of:

i) Failure of the contractor to extend the validity of the Performance Guarantee as described

herein above, in which event the Engineer may claim the full amount of the Performance

Guarantee.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 33 of 45

ii) Failure of the contractor to pay President of India any amount due, either as agreed by the

contractor or determined under any of the Clauses / Conditions of the agreement, within 30

days of the service of notice to this effect by Engineer.

iii) The contract being determined or rescinded under provision of the GCC the Performance

Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of

India.

10 Security Deposit:-

The scale of Security Deposit that is to be recovered from the contractor shall be as follows.

a. Security Deposit should be 5% of the contract value.

b. The rate of recovery will be at the rate of 10% of the bill amount till the full Security

Deposit is recovered.

c. Security Deposit will be recovered only from the running bills of the contract and no

other mode of collecting SD such as SD in the form of instruments like Bank

Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit.

d. Conversion of Security Deposit into FDR after recovery of full stipulated SD

(FA& CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide

PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash

deposits in the form of security deposit may be allowed to be converted into FDRs(in

favour of respective Accounts Officers and on account of contractor), after full

recovery, at the discretion of the Railway, duly collecting necessary charges of

conversion by the Railway Administration.

The security deposit shall be released only after the expiry of the maintenance

period and after passing the final bill based on „No Claim Certificate‟.

After the work is physically completed, security deposit recovered from the

running bills of a contractor can be returned to him if he so desires, in lieu of

FDR/irrevocable bank guarantee for equivalent amount to be submitted by him.

In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can

also be accepted as a mode of obtaining security deposit.

11 REVISED COMPREHENSIVE CLAUSE 46A OF GCC– PRICE VARIATION CLAUSE:

As per Railway Board Letter No.2007/CE-CT/18/Pt.19 dt.14.12.2012-Price Variation Clause

shall be applicable only for contracts of value ( Contract Agreement value) Rs.50 lakh and

more, irrespective of the contract completion period and Addendum & Corrigendum Slip

(ACS) No.6 to GCC, July 2013: Amendment to Clause 46A.7 (a sub-clause of PVC) to GCC

issued by Railway Board vide Lr.No.2007/CE-I/CT/18/Pt.13 dt.02/05/2014 communicated vide

PCE/SC Lr. No .W.148/P/G.C.C./Vol.II dt.05/06/2014 and Addendum & Corrigendum Slip

(ACS) No.2 to GCC, July 2014: Amendment to Clause 46A.1(a sub-clause of PVC) to GCC

issued by Railway Board vide Lr.No.2007/CE-I/CT/18/Pt.19(FTS8798) dt.15-10-2014

communicated vide PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.12-12-2014.

Clause 46A-Price Variation clause:

46A.1. Price Variation clause shall be applicable only for contracts of value as prescribed by the

Ministry of Railways through instructions/circulars issued from time to time and irrespective of

the contract completion period. Variation in quantities shall not be taken into account for

applicability of PVC in the contract. Materials supplied free of cost by Railway to the

contractors shall fall outside the purview of Price Variation clause. If, in any case, accepted

offer includes some specific payment to be made to consultants or some materials supplied by

Railway free or at fixed rate, such payments shall be excluded from the gross value of the work

for the purpose of payment/recovery of price variation.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 34 of 45

Applicability of PVC based on original contract value is illustrated as under-

“If estimated value of a tender (N.I.T. value) is Rs.55 lakhs; but value of the contract as per

Contract Agreement is Rs.45 lakh, then PVC shall not apply, even if the actual final value is

Rs.50 lakh or more due to variation in quantities during execution of the contract. Thus,

variation in quantities after signing of Contract Agreement is not relevant for deciding whether

PVC is applicable to a contract or not.”

46A.2. The Base Month for „Price Variation clause‟ shall be taken as month of opening of tender

including extensions. If any, unless otherwise stated elsewhere. The quarter for applicability of

PVC shall commence from the month following the month of opening of tender. The Price

Variation shall be based on the average Price Index of the quarter under consideration.

46A.3. Rates accepted by Railway Administration shall hold good till completion of work and no

additional individual claim shall be admissible on account of fluctuations in market rates,

increase in taxes/any other levies/tolls etc., except that payment/recovery for overall market

situation shall be made as per Price Variation Clause given hereunder.

46A.4. Adjustment for variation in prices of material, labour, fuel, explosives detonators, steel,

concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner

prescribed.

46A.5. Components of various items in a contract on which variation in prices be admissible , shall be

Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, concreting, Ferrous, Non-

ferrous, Insulator, Zinc, erection etc., However, for fixed components, no price variation shall

be admissible.

46A.6. The percentages of labour component, material component, fuel component etc., in various

types of Engineering Works shall be as under:

Component Percentage Component Percentage

A) Earthwork contracts:

Labour

component

50% Other material

components

15%

Fuel

component

20% Fixed

component*

15%

A) Ballast and Quarry Products contracts

Labour

component

55% Other material

components

15%

Fuel

component

15% Fixed

component*

15%

B) Tunnelling Contracts

Labour

component

45% Detonators

component

5%

Fuel

component

15% Other material

components

5%

Explosive

component

15% Fixed

component*

15%

C) Other Works Contracts

Labour

component

30% Fuel component 15%

Material

component

40% Fixed

component*

15%

*it shall not be considered for any price variation.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 35 of 45

46A.7. The Amount of variation in prices in several components (labour, material etc., ) shall be

worked out by the following formulae:

i) L= W x (LQ-LB) x LC

LB 100

ii) M = W x (MQ-MB) x MC

MB 100

iii) F = W x (FQ-FB) x FC

FB 100

iv) E = W x (EQ-EB) x EC

EB 100

v) D = W x (DQ-DB) x DC

DB 100

vi) S = SW x (SQ-SB)

vii) C = CV x (CQ-CB)/CB

For Railway Electrification works: viii) T = {(CS – CO) /CO X 0.4136} X Tc

ix) R = { (RT – RO) / RO + ( ZT - ZO ) / ZO x 0.06 } x Rc

x) N = { (PT – PO ) / PO } x Nc

xi) Z = { ( ZT – ZO ) / ZO } x Zc

xii) I = { ( IT – IO ) / IT } x 85

Where

L Amount of price variation in labour

M Amount of price variation in Materials

F Amount of price variation in fuel

E Amount of price variation in Explosives

D Amount of price variation in Detonators

S Amount of price variation in Steel

C Amount of price variation in Cement

T Amount of price variation in Concreting

R Amount of price variation in Ferrous Items

N Amount of price variation in Non-Ferrous Items

Z Amount of price variation in Zinc

I Amount of price variation in Insulator

LC % of Labour component

MC % of Material component

FC % of Fuel component.

EC % of Explosive component

DC % of Detonators component

Tc % of Concreting Component

Rc % of Ferrous Component

Nc % of Non-Ferrous Component

Zc % of Zinc Component

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 36 of 45

W Gross value of work done by contractor as per on-account bill(s), excluding cost of materials

supplied by Railway at fixed price, minus the price values of cement and steel. This will also

exclude specific payment, if any, to be made to the consultants engaged by contractors (such

payment shall be indicated in the contractor‟s offer)

LB Consumer Price Index Number for Industrial Workers- All India- Published in RBI Bulletin

for the base period.

LQ Consumer Price Index Number for Industrial Workers- All India-Published in RBI Bulletin

for the average price index of the 3 months of the quarter under consideration.

MB Index Number of Wholesale Prices- By Groups and sub-Groups-All commodities- as

published in the RBI Bulletin for the base period.

MQ Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as

published in the RBI Bulletin for the average Price index of the 3 months of the quarter under

consideration.

FB Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel and Power as

published in the RBI Bulletin for the base period.

FQ Index Number of Wholesale Prices- By groups and sub-groups for Fuel and Power as

published in the RBI Bulletin for the average price index of the 3 months of the quarter under

consideration.

EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom

purchases of explosives are made by the contractor for the base period.

EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom

purchases of explosives are made by the contractor for the average price index of the 3

months of the quarter under consideration.

DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom

purchases of detonators are made by the contractor for the base period.

DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom

purchases of detonators are made by the contractor for the average price index of the 3

months of the quarter under consideration.

SW Weight of steel in tonne supplied by the contractor as per the „on-account‟ bill for the month

under consideration

SQ SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (In rupees

per tone) for the relevant category of steel supplied by the contractor as prevailing on the first

day of the month in which the steel was purchased by the contractor (or) as prevailing on the

first day of the month in which steel was brought to the site by the contractor whichever is

lower.

SB SAILs ex-works price plus Excise Duty thereof ( in Rs. Per tonne) for the relevant category of

steel supplied by the contractor as prevailing on the first day of the month in which the tender

was opened.

CV Value of cement supplied by contractor as per „on account‟ bill in the quarter under

consideration

CB Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin

for the base period.

CQ Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin

for the average price index of the 3 months of the quarter under consideration.

Cs RBI Wholesale Price index for cement and lime for the month which is six months prior to

date of casting of foundation.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 37 of 45

Co RBI Wholesale Price index for cement and lime for the month which is one month prior to

date of opening of tender.

RT IEEMA Price index for Iron & Steel for the month which is two months prior to date of

inspection of material.

Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of

opening of tender.

PT IEEMA Price for Copper wire bar for the month which is two months prior to date of

inspection of material.

Po IEEMA Price for Copper wire bar for the month which is one month prior to date of opening

of tender.

ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of

material.

Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of tender.

IT RBI Wholesale Price index for structural clay products for the month which is two months

prior to date of inspection of material.

Io RBI Wholesale Price index for structural clay products for the month which is one month

prior to date of opening of tender.

46A,8. The demands for escalation of cost shall be allowed on the basis of provisional indices made

available by Reserve Bank of India. Any adjustment needed to be done based on the finally

published indices shall be made as and when they became available.

46A.9. Relevant categories of steel for the purpose of operating Price Variation formula, as mentioned

in this caluse, based on Sails Ex-Works Price Plus Excise Duty thereof, shall be as under:

Sl.

No.

Category of Steel supplied in Railway

work

Category of Steel produced by SAIL Whose

Ex-works Price Plus Excise Duty Would be

Adopted to Determine Price Variation.

1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500

2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK

3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A

SK

4. All Types and sizes of channels and

joists Channels 200x75mm IS 2062 E250A SK

5. Any other section of steel not covered

in the above categories and excluding

HTS

Average of price for the 3 categories covered

under SL 1, 2, & 3 above.

46A.10. Price variation During Extended Period of contract.

The price adjustment as worked out above, ie., either increase or decrease shall be applicable

upto the stipulated date of completion of work including the extended period of completion

where such extension has been granted under Clause 17-! Of the General Conditions of

Contract. However, where extension of time has been granted due to contractors failure under

Clause-17B of the General conditions of Contract, price adjustments shall be done as follows:

a) In case the indices increase above the indices applicable to the last month of original

completion period or the extended period under clause 17-A, the price adjustment for the

period of extension granted under Clause 17-B shall be limited to the amount payable as

per the Indices applicable to the last month of the original completion period or the

extended period under clause 17-A of the General conditions of contract; as the case may

be.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 38 of 45

b) In case the indices fall below the indices applicable to the last month of original/extended

period of completion under caluse 17-A, as the case may be; then the lower indices shall be

adopted for the price adjustment for the period of extension under caluse 17-B of the

General Conditions of Contract.

12 DEDUCTION OF INCOME TAX AT SOURCE

In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961

the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in

the case of sub contractor only when the Railway is responsible for payment of consideration

to him under the contract) for carrying out any work (including supply of labour for carrying

out any work) under the contract be entitled to deduct income tax at source on Income

comprised in the sum of such payments.The deduction towards income tax to be made at

source from the payments due to non-residents shall continue to be governed by Section 195 of

the Income Tax Act 1961.

No Income Tax will be deducted by the Railway on payments made for supply of materials

where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles,

bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at

source from the payment due to non/residents shall continue to be governed by Section 195 of

the Income Tax Act 1961.

13 LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS

DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES,

FAULT OR NEGLIGENCE.

Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at

site for Technical Supervision of the work. This Engineer-in-charge will be responsible for

safety of the traffic. The work shall be executed by the contractor in a workman like manner to

the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the

instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site

and it is established during the departmental enquiry by the Railway or by Statutory enquiry of

CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on

the part of the contractor or his labour in not adhering to the instructions of the engineer-in-

charge, the contractor shall render himself liable for damages and also legal prosecution if loss

of life is involved.

14 Implementation of – the Building and other construction Workers (RECS) Act, 1996 and

the Building and other Construction Workers Welfare Cess Act, 1996 in Railway

Contracts.

“The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must get

themselves registered from the Registering Officer under Section-7 of the Building and other

Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of State)

Government and submit certificate of registration issued from the Registering Officer of the Andhra

Pradesh (name of the State) Government (Labour Department). For enactment of this act, the

Tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each

bill, Cost of material shall be outside the purview of cess, when supplied under a separate schedule

item.”

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 39 of 45

ANNEXURE- “III”

WORKS CONTRACT CLAUSE-13

1. In case cement, Steel, AC sheet with or without accessories, GI sheets with or without

accessories, glasses or any other materials/items are issued to the contractor(s)either free

of cost or on cost to be recovered for use on the work as stipulated in the agreement the

supply thereof shall be made in stages depending on the progress of the work, limited to

the quantity /quantities computed by the Railway, according to the prescribed

specification and approved drawings as per agreement.

The materials supplied should conform to Railway‟s Specification in all respects should

be in accordance with approved sample.All such materials supplied to the contractor(s)

for the work either free of charge or on payment as the case may be will be issued to

contractor(s) at the Railway depot/godown/goods shed and will have to be transported

by the contractor to the site of work at his cost. All such materials shall be used by the

Contractor for the work in such quantities as are indicated in the schedule or in the

relevant specifications or drawings or as approved by the Engineer, whose decision

thereon shall be final. Wastage or damages of such materials in any manner shall be

totally avoided. The contractor(s) shall be liable to the accountal for all such materials

issued by Railway either free of cost or on payment excluding the permissible wastage

which incase of steel materials should not in any case exceed 1% of the total quantity

required for the work as per the approved drawings. No wastage under other items is

permissible. Short lengths of rods should also be utilized to the extent possible by

overlapping joints.

The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without

accessories glasses or any other materials issued in excess of the requirement(s) as

above, shall be returned in perfectly good condition by the contractor(s) to the Railway

at the Railway depot/Godown/Goods shed at________immediately after completion or

termination of the contract. If the contractor fails to return the said materials then the

cost of such materials issued in excess of the requirement as computed by Railway

according to the specification and approved drawings will be recovered from the

contractor(s) at twice the prevailing procurement cost at the time of last issue viz., 2 x

(purchases price +5% freight only). This will be without prejudice to the right of

Railway to take action against the contractors under the condition of the contract for not

doing/completing the work according to the prescribed specification and approved

drawings. If it is discovered that the quantity of cement, steel or any other material used

is less than the quantity computed by the Railway, according to specifications and

approved drawings the cost of materials not returned will be recovered at the same rates

as applicable to excess issue of materials, indicated in the preceding para.

2. It shall be the responsibility of the contractor to keep in safe custody any Railway

material plant or equipment issued for the work. The contractor shall at his own expense

provide suitable temporary shed/sheds for this purpose on the Railway land made

available by the Railway free of rent and shall remove the shed/sheds when no longer

required in terms of clause 30 of General conditions of contract.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 40 of 45

3. If due to any reason the Railway is not in a position to make available the Railway land

the Railway Engineer-in-charge of the work may permit the contractor to erect at his

own cost shed/sheds or secure private accommodation outside the Railway premises. In

such a case the contractor may be permitted to take the Railway material required for the

works outside the railway premises and to store in the Shed so erected or private

accommodation so secured. It shall be the responsibility of the contractor to keep the

railway material in safe custody and the same should be kept entire separate from the

contractors‟ material and the Railway shall have liberty to inspect the same from time to

time.

4. The code Nos. description and rates given in the schedule are based on the printed USSR -

2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the

working rates quantity of cement etc. should be rectified by reference to the printed schedule,

which shall be treated as authoritative and binding on the contract. The relevant notes

applicable to the respective sub chapters will apply to the items of the Tender schedule and

should be considered as having been incorporated in the contract agreement and binding on

the Contractor.

5. For any other items not specially shown in the schedule of rates appended to the tender

document, the Divisional/Executive Engineer will offer rates as shown for the_________

zone in the South central railway printed USSR - 2010, of S.C.Railway subject to the same

percentage adjustment accepted in the contract being applicable to the additional items.

6. Railway shall not supply from its own quota to the contractors controlled or imported

commodities. Assistance will, however given by recommending to appropriate authorities.

Contractor applications for issue of import licenses and release of controlled commodities if

the Engineer is satisfied that this material is actually required by contractor for carrying out the

work and is not available in the country.

7. VARIATION OF COSTS. Price variation clause is not applicable for contract Agreement

value upto Rs.50 lakhs. Time is the essence of contract.

8. (a) PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced

contractor should be able to complete the work in all respects within the period as specified in

the Tender Notice and in the Schedule where items of work are furnished from the date of

letter of acceptance of the Tender.

(b) Extension of time of completion will be governed by clause 17 of General Conditions of

Contract. However, while granting the extension of time under clause 17(B) of GCC, a

token penalty as deemed fit based on the circumstances of the case can be imposed on

the contractor without prejudice to other rights of Railway Administration as provided

under GCC.

9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as

specified in the Schedule where items of work are furnished by the contractor and he shall

make good any defects, imperfections, shrinkages or faults which may appear at his own cost.

10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of

all corrections, and amendments of the said General conditions of contract made up to the date

of the execution of these presents and no objection shall be taken by the contractor on the

ground that he was not aware of such amendments and corrections of the said General

Conditions of Contract or to any of them.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 41 of 45

11. VARIATION IN CONTRACT QUANTITIES:-

The procedure as detailed below shall be adopted for dealing with variations in

quantities during execution of works contracts:

(a) The Railway reserves the right to alter the designs and drawings. If due to change of drawing or

design or any other reasons, there be variations, either increase or decrease in quantities, payment

will be made only for the actual quantities executed at the accepted rates. If there be sufficient cause

the Railway may grant extension of the date of completion suitably. Such circumstances shall in no

way affect or vitiate the contract or alter the character thereof, or entitle the contractor to damages

or compensation thereof except as provided for in this contract.

(b) The quantities of each item of work furnished in the Schedule are approximate and are intended for

the guidance of Tenderer/Contractor. In actual execution of work there may be some increase in the

quantities specified. Such variation upto 25% shall in no degree affect the validity of the contract

and it shall be performed by the contractor as provided therein and be subjected to the same

conditions, stipulations and obligations originally and expressly included and provided for in

specifications and drawings and the amount to be paid there for shall be calculated in accordance

with accepted schedule rates.

(1) Prior Finance concurrence is necessary for varying the individual quantities beyond 25% or where

the gross agreement value exceeds 25% of the agreement value.

(2) Individual NS items in contracts shall be operated with variations of plus or minus 25% and payment

would be made as per the agreement rate. For this, no Finance concurrence would be required.

(3) In case an increase in quantity of an individual item by more than 25% of the agreement quantity is

considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh

tender for operating that item is considered not practicable, quantity of that item may be operated in

excess of 125% of the agreement quantity (100% i.e., the original quantity +25% ie., quantity over

and above the original quantity) subject to the following conditions.

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an

officer of the rank not less than S.A. Grade:

(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the

concerned item, shall be paid at 98% of the rate awarded for that item in that particular

tender;

(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the

concerned item shall be paid at 96% of the rate awarded for that item in that particular

tender;

(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be

permitted only in exceptional unavoidable circumstances with the concurrence of

associate finance and shall be paid at 96% of the rate awarded for that item in that

particular tender.

(b) The variation in quantities as per the above formula will apply only to the Individual items of

the contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreement value should not be permitted

and, if found necessary should be only through fresh tenders or by negotiating with existing

contractor, with prior personal concurrence of FA&CAO/ FA&CAO(C) and approval of

General Manager.

(4) The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for

other items). A minor value item for this purpose is defined as an item whose original agreement

value is less than 1% of the total original agreement value.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 42 of 45

(5) No such quantity variation limit shall apply for foundation items.

(6) As far as SSR/SOR items are concerned, the limit of 25% would apply to the value of SSR/SOR

schedule as a whole and not on individual SSR/SOR items. However, in case of NS items, the limit

of 25% would apply on the individual items irrespective of the manner of quoting the rate (single

percentage rate or individual item rate).

(7) For the tenders accepted at the Zonal Railways level, variations in the quantities will be approved by

the authority in whose powers revised value of the agreement lies.

(8) For tenders accepted by General Manager, variations upto 125% of the original agreement value may

be accepted by General Manager.

(9) For tenders accepted by Board Members and Railway Ministers variations upto 110% of the original

agreement value may be accepted by General Manager.

(10) The aspect of vitiation of tender with respect to variation in quantities should be checked and

avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract

agreement) sanction of the competent authority as per single tender should be obtained.

(11) In cases where decrease is involved during execution of contract:

(a) The contract signing authority can decrease the items upto 25% of individual item without

finance concurrence.

(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the

approval of an officer not less than rank of S.A. Grade may be taken, after obtaining „No claim

certificate‟ from the contractor and with finance concurrence giving detailed reasons for each

such decrease in the quantities.

(c) It should be certified that the quantities proposed to be reduced will not be required in the same

work at a later stage.

(d) In the event of any reduction in the quantity to be executed for any reasons whatsoever, the

contractor shall not be entitled to any compensation but shall be paid only for the actual amount

of work done.

(e) The contractor is bound to notify the Engineer at least seven days before the necessity arises for

the execution of any item in excess of 25% of the overall value of the agreement.

(12) In case the contractor fails to attend the meeting after being notified to do so or in the event

of no settlement being arrived at, the Railway shall be entitled to execute the extra works by

other means and the contractor shall have no claim for loss or damage that result from such

procedure.

9 12) Employment of Civil Engineering Graduates/Diploma-holders:

The contractor shall employ the following technical staff during the execution of this work.

i) One graduate engineer when the cost of the work to be executed is Rs.2 Crores and above.

ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is more

than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at site whenever

required by the Engineer-in-charge to take instructions. In case the contractor fails to employ

the technical staff as aforesaid, he shall be liable to pay a reasonable amount not exceeding a

sum of Rs.40,000/- (forty thousand only) for each month of default in case of graduate

engineer and Rs.25,000/- (twenty five thousand only) for each month of default in case of

diploma holder (over-seer)

(Modification of Cl.26 and introduction of new Cl.26A to IR‟s GCC Ref: Rly. Bd. Lr.No.2012/CE-

I/CT/0/20, dt.10.05.2013.)

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 43 of 45

The decision of the Engineer-in-charge as to the period for which the required technical staff was

not employed by the contractor and as to the reasonableness of the amount to be deducted on this

account shall be final and binding on the contractor.

iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also be

considered as qualified Diploma holder Engineers and contractors for track contract works can

employ such individuals at their worksite on Indian Railways.(Ref: Rly. Bd. Lr.No.2012/CE-

I/CT/0/20, dt.12.07.2013.)

Note: The above clause is not applicable for contracts for Welding of Rail joints.

13) Railway Contractors / Extension of Provident Fund Act to the Employees working under Railway

Contractors:-

The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code

number from the concerned authorities whenever workmen employed by him are 20 or more. He

shall also indemnify Railways from and against any claim, penalties, recoveries under the above

Act and Rules. Contractors to get the code number under the EPF so as to enable the PF

Commissioners to extend the social security benefits to the workmen engaged by the Railway

contractors. The first month‟s bill will be released only after code number is taken from the PF

Office and a copy of coverage intimation produced. Subsequently for each month, bills will be

released only on submission of challans & 12 A monthly return copy in proof of remittance of PF

dues for previous month.”

14) Conservancy charges as applicable and as modified from time to time will be recovered from

Contractor‟s running bills.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 44 of 45

15. Service Tax ( ref. FA&CAO/G/SC letter No AXP/Service Tax dt.15.12.2016 communicated vide

PCE/SC letter No W.417/P/Pilot/Vol. III dt 05.01.2017)

15.1 Liability to pay:

The service receiver (SR), in certain services (eg. Legal services by advocates SR=100%,

Renting/Hiring of a motor vehicle = SR=40%, Man power services SR=100%, Services provided in

service portion in execution of works contracts SR=50%), has been made liable to pay service tax for the services received. This is colloquially called as „Reverse Charge Mechanism‟.

For the services rendered by any individual, Hindu undivided family or partnership firm, whether

registered or not, including association of persons, located in the taxable territory to a business entity

registered as body corporate, located in the taxable territory, then that body corporate is liable to pay/remit service tax under Reverse Charge rule.

Since Railway is not a business entity registered as a body corporate, but is a Government

department, the reverse charge would not be attracted and there is no need to pay service tax by the Railways as a recipient. The service tax shall be liable to be discharged by the service provider.

15.2

Sl No Nature of Contract Taxability

01 Face to Face Enquiry Taxable: Man Power Supply

02 Bedroll Distribution Taxable: Man Power Supply

03 On Board House Keeping Non-Taxable: Sl No. 25 of Exemption

Notification No 25/2012-ST

04 Clean train station Non-Taxable: Sl No. 25 of Exemption

Notification No 25/2012-ST

05 Clealiness & Garbage Disposal,

Pest & Rodent

Cotrol/Disinfestation

Non-Taxable: Sl No. 25 of Exemption

Notification No 25/2012-ST

06 Rodent Control/Disinfestation Non-Taxable: Sl No. 25 of Exemption

Notification No 25/2012-ST

07 Rag Picking & Disposal Non-Taxable: Sl No. 25 of Exemption

Notification No 25/2012-ST

08 Loading of sand in sanders in

Locos

Taxable: Man Power Supply.

09 Data Entry Taxable: Man Power Supply

10 Catering Housekeeping &

Upkeep

Taxable: Man Power Supply

11 Work of erstwhile box boys Taxable: Man Power Supply

12 Gate Mitra/ Safety Counsellors Taxable: Man Power Supply

13 Manning of OHE & PSI depots Taxable: Man Power Supply

14 TSS operators Taxable: Man Power Supply

15 Security Guards Taxable: Man Power Supply

16 Rain Gauge Manning Taxable: Man Power Supply

17 AMCs Taxable: Annual Maintenance Contract

18 Garden Maintenance Taxable: Man Power Supply.

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada

Tender No.E-3/North/2017

Page 45 of 45

SPECIAL CONDITIONS

MODIFICATION TO CLAUSE 63 & 64 OF

GENERAL CONDITIONS OF CONTRACT

1 The Provision of Clause 63 and 64 of the General Conditions of Contract will be

applicable only for settlement of claims /disputes, for values less than or equal to 20% of

the original value (excluding the cost of materials supplied free by Railway) of the

contract or 20% of the actual value of the work done (excluding the value of the work

rejected) under the contract whichever is less. When claims/disputes are of value more

than 20% of the value of the original contract or 20% of the value of the actual work

done under the contract, whichever is less, the contractor will not be entitled to seek such

disputes/claims for reference to arbitration and the provisions of Clause No; 63 &64 of

the General Conditions of Contract will not be applicable for referring the disputes to be

settled through arbitration.

2 The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of

General Conditions of Contract. But the Contractor should seek reference to arbitration

to settle the disputes only once, subject to the conditions as per Para 1.

3 The Special conditions shall prevail over the existing Clause 63 & 64 of General

Conditions of contract

Signature of the Tenderer Sr. Divisional Engineer/North

S.C.Railway/Vijayawada